Download as pdf or txt
Download as pdf or txt
You are on page 1of 9

MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY

(AN AGENCY OF PANCHYAT & RURAL DEVELOPMENT DEPARTMENT, GOVT. OF M.P.)


5th Floor, Block-II, Paryavas Bhawan, BHOPAL M.P. – 462 011
(GST No. 23AAATM9054A3ZX)

PRADHANMANTRI GRAM SADAK YOJANA (PMGSY)


DETAILED NOTICE INVITING TENDER No. 1172 (PM-JANMAN)
(Batch-I, Year-2023-24)
No./2127/22/D-12/MPRRDA/2024 Bhopal, Dated : 12/02/2024

Chief General Manager, on behalf of M.P. Rural Road Development Authority invites online percentage rate
tenders on e-procurement portal www.pmgsytenders.gov.in from Contractors registered with MPPWD or Contractors
registered in appropriate class with other State/Central Government departments, institutions, undertakings and authorities on
Standard Schedule of Rate given below for each of the following works of Construction / Upgradation of Rural Roads under
Pradhan Mantri Gram Sadak Yojna including maintenance for Five Year after construction. Contractors not registered with
MPPWD will have to get themselves registered with MPPWD before signing the agreement.

 Name of Work – Construction/Up-gradation of Rural Roads under PMGSY including maintenance for Five
year after construction
 SSR Applicable :- SSR issued by M.P. Rural Road Development Authority, effective from 01.01.2024 and
amended upto issue date of NIT.
S. Name of Name of PIU Package No. No. Total PAC (In Rs.) Cost of Whether
No. District of Length tender First
Road (in document Call
For For 5 Year Total PAC
kms) including
Construction Maintenance (In Rs. )
18% GST
work work

1 2 3 4 5 6 7 8 9 10 12

1 Anuppur Anuppur MP46PMJM01 3 4.84 30263468.00 1413100.00 31676568.00 17700 1st

2 Anuppur Anuppur MP46PMJM02 3 6.88 47319690.00 2086360.00 49406050.00 17700 1st

3 Anuppur Anuppur MP46PMJM03 2 6.24 34604258.00 1930600.00 36534858.00 17700 1st

4 Anuppur Anuppur MP46PMJM04 3 5.90 37365449.00 1565480.00 38930929.00 17700 1st

5 Anuppur Anuppur MP46PMJM05 3 5.53 36913071.00 1498180.00 38411251.00 17700 1st

6 Ashoknagar Ashoknagar-2 MP47PMJM01 1 1.98 15867000.00 592000.00 16459000.00 14750 1st

7 Ashoknagar Ashoknagar-2 MP47PMJM03 1 0.58 4561000.00 155000.00 4716000.00 5900 1st

8 Balaghat Balaghat-1 MP01PMJM001 3 5.60 36915100.00 1730582.00 38645682.00 17700 1st

9 Balaghat Balaghat-2 MP01PMJM002 1 9.70 62502000.00 2588160.00 65090160.00 23600 1st

10 Balaghat Balaghat-2 MP01PMJM003 1 5.00 32691000.00 1611020.00 34302020.00 17700 1st

11 Balaghat Balaghat-2 MP01PMJM004 2 2.90 19172000.00 759290.00 19931290.00 14750 1st

12 Balaghat Balaghat-2 MP01PMJM005 1 3.70 21983500.00 1259380.00 23242880.00 17700 1st

13 Balaghat Balaghat-2 MP01PMJM006 1 4.85 28354000.00 1524590.00 29878590.00 17700 1st

14 Balaghat Balaghat-2 MP01PMJM007 1 4.50 24352000.00 1562660.00 25914660.00 17700 1st

15 Balaghat Balaghat-2 MP01PMJM008 1 2.16 15002000.00 775500.00 15777500.00 14750 1st

16 Datia Datia MP09PMJM01 2 2.40 14468000.00 689070.00 15157070.00 14750 1st

17 Dindori Dindori MP12PMJM01 3 6.45 42930500.00 1929690.00 44860190.00 17700 1st

18 Dindori Dindori MP12PMJM02 2 6.25 41692500.00 1934700.00 43627200.00 17700 1st

19 Dindori Dindori MP12PMJM03 2 5.70 38735000.00 1756740.00 40491740.00 17700 1st

20 Dindori Dindori MP12PMJM04 4 8.62 59889000.00 2611020.00 62500020.00 23600 1st

21 Dindori Dindori MP12PMJM05 3 6.40 42950000.00 1855100.00 44805100.00 17700 1st

1
22 Dindori Dindori MP12PMJM06 3 8.00 52029600.00 2373770.00 54403370.00 23600 1st

23 Dindori Dindori MP12PMJM07 3 5.63 37584000.00 1706740.00 39290740.00 17700 1st

24 Guna Guna-1 MP13PMJM03 1 2.50 15715000.00 763660.00 16478660.00 14750 1st

25 Guna Guna-1 MP13PMJM04 1 2.26 15768000.00 685700.00 16453700.00 14750 1st

26 Guna Guna-2 MP13PMJM01 1 5.10 41071000.00 1470480.00 42541480.00 17700 1st

27 Guna Guna-2 MP13PMJM02 1 0.70 4160000.00 205820.00 4365820.00 5900 1st

28 Gwalior Gwalior MP14PMJM001 2 2.75 18248000.00 752100.00 19000100.00 14750 1st

29 Gwalior Gwalior MP14PMJM002 1 2.20 12627500.00 699180.00 13326680.00 14750 1st

30 Gwalior Gwalior MP14PMJM003 1 1.70 13036500.00 476500.00 13513000.00 14750 1st

31 Gwalior Gwalior MP14PMJM004 5 5.20 35292900.00 1411207.00 36704107.00 17700 1st

32 Gwalior Gwalior MP14PMJM005 1 3.03 20126000.00 909347.00 21035347.00 17700 1st

33 Mandla Mandla MP-23PMJM01 5 11.12 64263000.00 3221590.00 67484590.00 23600 1st

34 Mandla Mandla MP-23PMJM02 2 7.60 42006000.00 2270220.00 44276220.00 17700 1st

35 Mandla Mandla MP-23PMJM03 2 3.50 20013000.00 1059380.00 21072380.00 17700 1st

36 Mandla Mandla MP-23PMJM04 5 10.97 71813000.00 3144360.00 74957360.00 23600 1st


MP25
37 Morena Morena 1 2.10 13463000.00 524000.00 13987000.00 14750 1st
PMJM01
38 Narsinghpur Narsinghpur MP26PMJM03 1 12.00 67686000.00 3235520.00 70921520.00 23600 1st

39 Narsinghpur Narsinghpur MP26PMJM04 1 0.70 3473000.00 188980.00 3661980.00 5900 1st

40 Narsinghpur Narsinghpur MP26PMJM05 1 6.80 46078700.00 1983880.00 48062580.00 17700 1st

41 Satna Satna-2 MP34PMJM01 1 2.85 20293000.00 840728.00 21133728.00 17700 1st

42 Shahdol Shahdol MP38PMJM001 2 3.45 19608100.00 1105956.00 20714056.00 17700 1st

43 Shahdol Shahdol MP38PMJM002 3 3.03 20307600.00 984844.00 21292444.00 17700 1st

44 Shahdol Shahdol MP38PMJM003 3 6.58 38565500.00 1855902.00 40421402.00 17700 1st

45 Shahdol Shahdol MP38PMJM004 2 2.73 16695700.00 747360.00 17443060.00 14720 1st

46 Shahdol Shahdol MP38PMJM005 3 6.59 38330000.00 2077780.00 40407780.00 17700 1st

47 Shahdol Shahdol MP38PMJM006 2 4.16 22697000.00 1317940.00 24014940.00 17700 1st

48 Shahdol Shahdol MP38PMJM007 1 1.64 8583000.00 489160.00 9072160.00 11800 1st

49 Shahdol Shahdol MP38PMJM008 1 4.00 21004000.00 1116020.00 22120020.00 17700 1st

50 Shahdol Shahdol MP38PMJM009 3 3.63 20074000.00 1056740.00 21130740.00 17700 1st

51 Shahdol Shahdol MP38PMJM010 3 2.26 13634000.00 644080.00 14278080.00 14750 1st

52 Sheopur Sheopur MP37PMJM002 1 3.62 27866000.00 1023680.00 28889680.00 17700 1st

53 Shivpuri Shivpuri-1 MP40PMJM001 2 15.40 83851000.00 4885520.00 88736520.00 23600 1st

54 Shivpuri Shivpuri-2 MP40PMJM002 1 4.60 36390000.00 1650820.00 38040820.00 17700 1st

55 Shivpuri Shivpuri-2 MP40PMJM003 1 1.10 4476000.00 270400.00 4746400.00 5900 1st

56 Shivpuri Shivpuri-2 MP40PMJM004 2 1.62 11884000.00 429600.00 12313600.00 14750 1st

57 Sidhi Sidhi MP41PMJM01 2 4.80 31785000.00 1357740.00 33142740.00 17700 1st

58 Sidhi Sidhi MP41PMJM02 5 9.80 63499000.00 2894900.00 66393900.00 23600 1st

59 Sidhi Sidhi MP41PMJM03 4 8.30 55473000.00 2555100.00 58028100.00 23600 1st

60 Sidhi Sidhi MP41PMJM04 2 4.56 30179000.00 1416940.00 31595940.00 17700 1st

2
1. Availability of Bid Document and mode of submission: The bid document is available online and bid should be
submitted online on website www.pmgsytenders.gov.in. The bidder would be required to register in the web-site
which is free of cost. For submission of bids, the bidder is required to have valid Digital Signature Certificate (DSC)
from one of the authorized Certifying Authorities (CA). “Aspiring bidders who have not obtained the user ID and
password for participating in e- tendering in PMGSY may obtain the same from the website:
www. pmgsytenders.gov.in
1.(a) The amount of Bid Security is 1% of PAC. The bidders are required to pay simultaneously cost of Bid Document
(Tender Fee), Bid Security online as appearing on e-procurement portal plus service charges through Debit / Credit
Card, Internet Banking, or System generated Bank Challan or NEFT / RTGS before submission of Bid. Bid
Security of disqualified / unsuccessful bidders will be refunded online in the Bank A/c notified by the bidders on
the portal at the time of submission of Bids. To avoid last day rush / breakdown in system contractors are advised to
ensure payment of Bid Security at least one day in advance before the end date of Bid Submission. Department will
not be responsible if contractor fails to pay Bid Security due to Server / Power failure or any other reason.
2.

1 (b) The bidders are required to submit affidavit strictly on prescribed form (Annexure ‘A’ of this NIT) affirming
correctness of information furnished with the bid. This affidavit in the form of scanned copy is to be uploaded with
the technical bid online. If online affidavit is not submitted or is not on prescribed form bidder will be disqualified
at Technical evaluation stage.
1 (c) Bidders are also required to submit Tender Conditions Acceptance Letter in the form given as Annexure-c to
this NIT.
2. Bidding is open to all eligible bidders fulfilling qualifying criteria as given in the bidding document, special condition of
this NIT and registered with MPPWD or contractors registered in appropriate class, with other State/Central Government
departments, institutions, undertakings and authorities. Bidders not registered with MPPWD, will have to get themselves
registered by the time of contract signing. For this purpose, bidders are advised to apply for registration in PWD
simultaneously so that there may not be any delay in signing the agreement if they become successful bidder. Undue
delay on the part of the bidder in getting registered with MPPWD may result in cancellation of award and forfeiture of bid
security.
3. Bid documents consisting of qualification information and eligibility criterion of bidders, plans, specifications, drawings,
the schedule of quantities of the various classes of work to be done and the set of terms & conditions of contract to be
complied with by the Contractor can be seen online on the website www.pmgsytenders.gov.
4. Time allowed for completion of each package PAC upto Rs.10.00 crore is 365 Days and for packages with PAC
more than Rs.10.00 crore is 548 Days including rainy season.
5. The site for the work is available.
6. Technical bids will be opened online as per time schedule mentioned in Critical Dates in the office of concerned General
Manager, Project Implementation Unit in the presence of bidders who may like to be present. If the office happens to be
closed on the date of opening of the bids as specified, the bids will be opened on the next working day at the same time
and venue.
7. Financial bid shall be opened online at MPRRDA Hqr. Bhopal as per time schedule which will be notified online.
8. The bid for the work shall remain open for acceptance for a period of ninety days from the last date of submission of bids.
If any bidder/ tenderer withdraws his bid/ tender before the said period or makes any modifications in the terms and
conditions of the bid, his earnest money shall stand forfeited.
9. A bidder shall not be permitted to bid for works in the Project Implementation Unit / Chief General Manager Office
jurisdiction (as the case may be) responsible for award and execution of contract in which his or his spouse‘s near relative
is posted as Accountant / Accounts Officer or as an officer in any capacity between the grades of Chief General Manager
and Sub Engineer (both inclusive). He shall also intimate the name of persons who are working with him in any capacity
and who are near relatives to any officer of MPRRDA. Any breach of this condition by the contractor would render him
liable to be disqualified debarred from participation in MPRRDA tenders.
10. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an
Engineering Department of the State Government is allowed to work as a Contractor for a period of two years after his
retirement from Government service, without Government permission. If the contractor or any of his employees is found
at any time to be such a person who had not obtained the permission of the Government as aforesaid, before submission
of the tender or engaged in the Contractor’s service, his contract is liable to be cancelled and earnest money will be
forfeited.
11. Contractors who are black listed / debarred by MPRRDA or in any other department, for participation in tender are not
allowed to participate in the tenders. Contractors are advised to go through the defaulter contractor's list available on our
website www.mprrda.com and contact MPRRDA or concerned Department before submission of bid otherwise they will
be Disqualified at Technical Evaluation Stage.
12. The bidder is not required to quote his rate for routine maintenance. The rates to be paid for routine maintenance are
indicated in Annexure-1 to this NIT Further, the payment for routine maintenance to the contractor shall be regulated on
performance based maintenance (Clause 34 of GCC and section 4 part - II special condition no. 4.1 of contract).
13. Conditions given in this NIT will prevail over the conditions given in the tender document in so for as they are
3
inconsistent with the conditions of NIT.
14. Information relating to work in hand should be given showing the name of department agreement no. etc.
15. The contractors who have not completed the Bridges Work awarded on or before 31st March 2015 and road work
package awarded on or before 31st March 2016 are not be allowed to participate in this NIT.
16. 25% amount of BT work will be retained from the contractors bill and released on completion of shoulder work..
17. If lowest rates offered by two or more bidders are equal, fresh limited online tenders will be invited from the
bidders who have quoted same rates on e-tender portal for taking decision on the tender.
18. List of documents to be submitted with technical Bid may be seen in Annexure-B of this NIT.
19. Other details can be seen in the bidding document, SBD for construction and maintenance of PMGSY works – June 2020.
Critical Dates
S. No. Stages Date & Time
1 Publishing Date 16.02.2024 from 17:00 hrs.
2 Document Download/Sale Start Date 16.02.2024 from 17:30 hrs.
3 Bid Submission Start Date 17.02.2024 from 11:00 hrs.
4 Bid Submission Closing Date 11.03.2024 upto 17:00 hrs.
5 Bid Opening Start Date 13.03.2024 from 11:00 hrs.

Note:- 1. Date of Financial Bid opening will be notified on the e-tender portal after technical bid
evaluation.
2.GM PIU has to submit Technical Evaluation Report latest by 17:00 hrs. on 18.03.2024.
Chief General Manager (Tender)
M.P. Rural Road Development Authority
Bhopal
Endt. No./2128/22/D-12/MPRRDA/2024 Bhopal, Dated : 12/02/2024
Copy to:
1. Principal Secretary, Panchayat & Rural Department.
2. Secretary, Public Works Departments / Agriculture Department / Finance Department Mantralaya Bhopal.
3. Commissioners Public Relation, Ban Ganga Bhopal.
4. Engineer in Chief Public Works Departments, Satpura Bhawan, Bhopal.
5. Engineer in Chief Madhya Pradesh Rural Road Development Authority Bhopal.
6. Chief Engineer, Public Works Departments, Jabalpur/ Gwalior / Indore/ Bhopal /National Highway / Bridge.
7. Managing Director Rajya Setu Nigam, Arera Hills, Bhopal.
8. Chief Engineer, Central Public Works Departments, E-3/4B Arera Colony Bhopal.
9. All Divisional Commissioners.
10. All Collectors.
11. Chief Executive Officers, Zilla Panchayat (all).
12. Chief General Manager, (all).
13. General Manager Programme Implementation Units (all).
14. Manager (IT) MPRRDA, Bhopal.

Chief General Manager (Tender)


MP Rural Road Development Authority
Bhopal

4
Annexure-I

SSR : 01.01.2024
 Rates for routine maintenance

6.0 m wide road 7.50 m wide road 5.5mt. CC


(Flexible (Flexible Carriageway pavement
pavement) pavement) Flexible (All width)
Year pavement
Traffic Traffic Traffic Traffic
Intensity Intensity Intensity Intensity
T1 to T4 T5 and T1 to T4 T5 and
above above
I 38645 41400 41460 44770 57050 31600
II 45165 49220 48540 53270 68080 31600
III 61305 68585 68655 77410 129520 31600
IV 70055 79090 78455 89170 155170 31600
V 78805 89590 88255 100930 181090 31600
Total 293975 327885 325365 365550 590640 158000

5
Annexure ‘A’
To be executed on a Non Judicial stamp paper of Rs. 100/- and notarized

FORMAT OF AFFIDAVIT

Package no. ………………..


Affidavit

I…………………………S/o………………………………. Aged… years resident (address….......................)


(For and behalf of (Name of firm) .......................................................................................... ), do here by and
herewith solemnly affirm / state on oath that: -
1. Information furnished with the Bid for the package no. mentioned above is correct in all respects to
the best of my knowledge and belief .
2. No retired gazetted officer who has retired within last two years is in the employment with the firm.
3. No near relative is working in the department, (Note: - By the term near relatives is meant Wife,
Husband, Parents and Son, Brother, Sister, Brother-in-law, Father-in-law, Mother-in-law.)
Or
Following close relatives are working in the department:
Name____________Posts____________Present posting__________

4. *I hereby certify that I have been authorized by....…………………………


..……………………………………… (the bidder) to sign on his / their behalf, the bid of the package
no. mentioned above.
*Not required in case of proprietorship firm
Bidder has to indicate below his signature that
he is proprietor of the firm.
Deponent

(..............................)
*Strike out whichever is not applicable *Proprietor/Partner/ Authorized signatory
/ for and on behalf (Name of Firm)
Verification

I………………………………S/o .............................................................................. do here by affirm that the


contents submitted in Technical & Financial Bid are true to the best of my knowledge and belief and are
based on my / our record.
Verified that this…………….. Date of …………………20 at (Place)……………….

Deponent
(..........................)
Proprietor/Partner/ Authorized signatory
/ for and on behalf (Name of Firm)

6
Annexure-B
Guidelines for Participating in Tender
(Percentage Rate)
1. For searching Tenders & Tender Document and procedure for submission of Tenders, bidders are advised to
go through guidelines given below:
i) For submission of Financial Bid, BOQ Template (Price Schedule) is available on the portal. This
template must not be modified/ replaced by the bidder. This template may be downloaded and Name
of the Bidder should be filled in the relevant line. For quoting rates click the select button. If rates
are ‘Above’ SSR Select ‘Excess’ and quote the rates, if quoted rate are ‘Below’ SSR Select ‘Less’
and quote the rate, if rate is at par Select Excess or Less and quote zero ‘0’ rate. An other BOQ
(schedule of items) as given an Annexure-II (A) will also appear online & bidder may view Name
of Roads, Length and different items of work to be executed.
ii) Bidders are not to make entries in any other column or write any condition etc., If BOQ file is found
to modified by the bidder the bid will be rejected.
iii) After submission of bid, bidder has to click freeze button. If bidder intends to make any changes in
the bid submitted he will have to go to re-submission options available on the portal. After
modification, the Price Bid will have to be again uploaded and frozen. This can be done by the
bidder any number of times before last date of bid submission. Every time bidder will have to freeze
the bid after submission. After successful submission of bid the bidder will get Bid submission
summary a Proof of Bid Submission.
2. Scanned copies of the following documents are to be submitted with the Technical Bid (refer clause 4, 12.1
& 12.2 (ITB) of tender document and Formats given in Section-3 of Bidding Document) as below;
Packet:
I. Scanned copy of Affidavit on prescribed form as given in Annexure-A.
II. Registration, Power of Attorney, scanned copy of PAN, EPF, GSTN, List of Technical Persons and
Equipment.
III. Firm organization details of documents defining legal status, Tender condition Acceptance Letter Annex-C
of NIT.
IV. Bank Credit certificate 10% of contract value, Litigation details. Authority to seek reference from bank.
V. 5 years audited account (2018-19 to 2022-23), work done in last 5 years, certificate-similar nature of work
and Work in Hand.
VI. Work programme and document relating to JV if Bid submitted as JV, and other document as per SBD.
3. Special Instructions to the Contractors/Bidders for the e-submission of the bids online' through this e-
Procurement Portal
1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll available in the Home Page. Then
The Digital Signature enrollment has to be done with the e-token, after logging into the portal. The e-token may be obtained
from one of the Authorized Certifying Authorities such as eMudhraCA/GNFC/IDRBT/MtnlTrustline /SafeScrpt/TCS.
2. Bidder then logs into the portal giving user id / password chosen during enrollment.
3. The e-token that is registered should be used by the' bidder and should not be misused by others.
4. DSC once mapped to an account cannot be remapped to any other account. It can only be inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents
Option and these can be selected as per tender requirements and then attached along with bid documents during bid submission.
This will ensure lesser 'upload of bid documents.
6. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents
as per the tender document, otherwise, the bid will be rejected.
7. The BOQ template must not be modified/ replaced by the bidder and the same should be uploaded after filling the relevant
Columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values
only.
8. If there are any clarifications, this may be obtained online through the e-procurement Portal, or through the contact details
given in the tender document. Bidder should take into account the corrigendum published before submitting the bids
online.

7
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should
be in PDF/XLSIRAR/DWF formats. If there is more than one document, they can be clubbed together.
10. The bidder should reads, the terms and conditions and accepts the same to proceed further to submit the bids
11. The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or
problem during the bid submission process.
13. There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the Memory available
at the Client System as well as the Network bandwidth available at the client side at that point of time. In order to reduce the
file size, bidders are suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the size of file
also gets reduced. This will help in quick uploading even at very low bandwidth speeds.
14. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that he/she completes the Bid
Submission Process. Bids which are not frozen are considered as Incomplete/Invalid bids and are not considered
for evaluation purposes.
15 The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during
the submission of bids online by the bidders due to local issues.
16. The bidder may submit the bid documents online mode only, through this portal. Offline documents will not be handled
through this system.
17. At the time of freezing the bid, the e-Procurement system will give a successful bid updation message after uploading all
the bid documents submitted and then a bid summary will be shown with the bid no, date & time of submission of the bid
with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of
the bidder and then submitted.
18. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of the Submission
of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to
Participate in the bid opening event.
19. Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored in the system
System does not certify for its correctness.
20. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened,
due to virus, during tender opening, the bid is liable to be rejected.
21. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid
submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST)
which is GMT+5:30. The bidders should adhere to this time during bid submission.
22. All the data being entered by the bidders would be encrypted at the client end, and the software uses PKI encryption techniques
to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission
and not viewable by anyone until the time of bid opening. Overall, the submitted bid documents become readable
only after the tender opening by the authorized individual.
23. During transmission of bid document, the confidentiality of the bids is maintained since the data is transferred over secured
Socket Layer (SSL) with 256 bit encryption technology. Data encryption of sensitive fields is also done.
24. The bidders are requested to submit the bids through online e-Procurement system to the TIA well before the bid submission
end date and time (as per Server System Clock).

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed
to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to TENDERS Portal in general may
be directed to the 24x7 TENDERS Portal Helpdesk. www. pmgsytenders.gov.in

****

8
Annexure-C
TENDER CONDITION ACCEPTANCE LETTER
(To be given by Contractor)

Date:

To,
The Chief General Manager
MPRRDA,
Bhopal (M.P.)

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: (Package No ....................... )

Name of Tender / Work: - Construction and maintenance of Roads & Bridges

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’
from the web site: www. pmgsytenders.gov.in

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents
from Page No. to (including all documents like annexure(s), schedule(s), etc .,),
which form part of the contract agreement and I / we shall abide hereby by the terms / conditions /
clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organisation too have also been
taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender


document(s) / corrigendum(s) in its totality / entirety.

5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.

6. I / We certify that all information furnished by the our Firm is true & correct and in the event that
the information is found to be incorrect/untrue or found violated, then your department/ organisation
shall without giving any notice or reason therefore or summarily reject the bid or terminate the
contract, without prejudice to any other rights or remedy including the forfeiture of the full said
earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

You might also like